Education Development Center (EDC) is a global nonprofit that advances lasting solutions to improve education, promote health, and expand economic opportunity. Since 1958, we have been a leader in designing, implementing, and evaluating powerful and innovative programs in more than 80 countries around the world. EDC promotes equity and access to high-quality education and health services and products that contribute to thriving communities where people from diverse backgrounds learn, live, and work together. We support an inclusive workplace culture that embraces many perspectives and broadens our understanding of the communities we serve, enhancing and enriching our work.  EDC is committed to equity, diversity, and inclusion in the workplace.

Website: https://www.edc.org/

Request for Proposals No. 2024-010

Education Development Center, Inc.

(Hereafter referred to as “EDC”)

Request for Proposals for the Procurement of End Market Analysis Consultancy Services

Date of Issuance:

June 10, 2024

Education Development Center, Inc. (EDC) is an international nonprofit organization that develops, delivers, and evaluates innovative programs to address some of the world’s most urgent challenges. Our work includes research, training, educational materials and strategy, with activities ranging from seed projects to large-scale initiatives. EDC enjoys a worldwide reputation for its excellence in program and fiscal management and for the impact of its work.

The primary purpose of the 3-year, USAID-funded Ibitabo Kuri Twese (IKT) Project is to strengthen the market system for teaching and learning materials and increase the quantity, quality, affordability, and accessibility of books and other reading materials (physical and digital) in schools, homes, and communities, contributing to improved reading outcomes. EDC’s work on the IKT project is funded by the United States Agency for International Development (USAID); organizations submitting proposals in response to this Request for Proposal (“RFP”) have no relationship with USAID under the terms of this RFP or any resultant contract. All communications regarding this RFP must be directed to EDC.

Organizations submitting proposals in response to this Request for Proposals (“RFP”) have no relationship with USAID under the terms of this RFP or any resultant contract. All communications regarding this RFP must be directed to EDC.

  1. Purpose and Eligibility

1.1 Purpose

The purpose of this RFP is to invite prospective Offerors to submit a proposal to provide services of an individual consultant or consulting firm to design and implement end-market research of the open market for teaching and learning materials (TLM) in 10 districts of Rwanda, culminating in the production of a comprehensive End Market Analysis report. The End-Market Analysis will ascertain the demand trends and the growth potential of the open market for supplementary reading materials for primary and secondary learners.

1.2 Eligibility

This procurement is open to offers from organizations which are incorporated or legally organized under the laws of any country which is not sanctioned by the US government. Offers from organizations which are incorporated or legally organized under the laws of any country which is sanctioned by the US government shall not be considered.

Eligible applicants include for-profit and not-for-profit organizations, consulting firms, universities, and research companies internationally registered or locally registered in Rwanda, with at least 5 years of relevant experience.

  1. General Information

2.1 Original RFP Document

EDC shall retain the RFP, and all related terms and conditions, exhibits and other attachments, in original form in an archival copy. Any modification of these, in the Offeror’s submission or subsequent contract, is grounds for immediate disqualification.

2.2 RFP Provisions

  1. All information provided by EDC in this RFP is offered in good faith. EDC makes no certification that any item is without error. EDC is not responsible or liable for any use of the information or for any claims asserted there from.
  1. This RFP does not under any circumstances commit EDC to pay any costs incurred by the Offeror in the submission of a proposal. This is the Offeror’s responsibility.
  2. All materials submitted in response to this RFP shall become the property of EDC upon delivery to EDC.
  3. Additional documentation may be required prior to selection.

2.3 Schedule of Events

The following schedule applies to this RFP but may change in accordance with EDC’s needs or unforeseen circumstances. Changes in this timeline will be announced as formal modifications to the RFP.

Line

TIME

DATE

STEP

A

4:00pm, Rwanda Time

June 12, 2024

Deadline for request for any clarifications from the EDC. Questions must be submitted in writing via email to ryp@edc.oeg

B

4:00pm, Rwanda Time

June 14, 2024

Estimated date for issuance of any clarifications by EDC. All Questions will be answered in one document and sent directly to all Offerors receiving this Request for Proposals

C

4:00pm, Rwanda Time

June 20, 2024

Deadline for submission of proposals, submitted in writing via email to ryp@edc.org

2.4 Inspection and Acceptance

Under any contract awarded in response to this RFP, EDC may inspect and test the deliverables to determine whether such deliverables conform to the terms of the contract and its attachments. Unless otherwise agreed to in writing by EDC, EDC shall have a right to inspect deliverables for conformity before payment or acceptance of such deliverables, in accordance with Section 2-513(1) of the UCC. Payment for deliverables made before inspection for conformity shall not constitute an acceptance of such deliverables or impair EDC’s right to inspect such deliverables or any of EDC’s remedies, in accordance with Section 2-512(2) of the UCC. Deliverables rejected or supplies in excess of quantities ordered may be returned to the selected Offeror at the selected Offeror’s expense.

  1. Proposal Submission and Selection

3.1 Offeror’s Understanding of the RFP

In responding to this RFP, the Offeror fully understands the RFP in its entirety and in details, including making any inquiries to EDC as necessary to gain such understanding. Clarification questions must be submitted by potential Offerors—in writing—by the date and time listed in Section 2.3, Line A. Responses will be published in writing by the date and time listed in Section 2.3, Line B. EDC reserves the right to disqualify at its sole discretion any Offeror who submits a proposal that is not responsive or that demonstrates less than such understanding. That right extends to cancellation of the contract if a contract has been made. Such disqualification and/or cancellation shall be at no fault, cost, or liability whatsoever to EDC.

3.2 Communication

Verbal communication shall not be effective. In no case shall verbal communication govern over written communications.

Offerors’ inquiries, questions, and requests for clarification related to this RFP are to be directed in writing in English before the date and time listed in Section 2.3, Line A to:

Education Development Center, Inc.

Attention: Procurement Unit

E-mail: ryp@edc.org

Email subject: Questions regarding RFP No. 10

3.3 Proposal Submission

Proposals must be provided on the Offeror’s letterhead or stationery and must be delivered via email to:

Education Development Center, Inc.

Attention: Procurement Unit

E-mail: ryp@edc.org

Email subject: Proposal in Response to RFP No. 10

The technical proposal and the cost proposal must be sent in separate emails. Proposals must have the subject line of “Proposal in response to RFP No. 10 and must include the number of emails (for example, Email 1 of 2, Email 2 of 2, etc.) in the subject line. The Proposal itself must include all documents required by the RFP in Word, Excel, or PDF and those documents must be attached to the email message(s); all attachments must be clearly labeled and must be numbered sequentially in order for EDC to review the Proposal. If the Proposal is sent in more than one email message, the Offeror must send all of the email messages with the Proposal submission on the same day and time the sending of the emails as closely as practicable.

It is the responsibility of the Offeror to ensure that the proposal is delivered to EDC by the deadline date listed in listed in Section 2.3, Line C.

3.4 Complete Proposals

EDC will determine which proposals include the components required by the RFP and are considered to be a complete proposal. Please note that although EDC will determine certain proposals to be complete, this determination does not signify that an award will be made to one or any of the Offerors with complete proposals.

3.5 Minimum Requirements and Evaluation Criteria

3.5.1 Minimum Requirements

Offerors must meet the following minimum requirements:

Offerors that do not meet the minimum requirements listed above will not be considered eligible for potential funding and, therefore, proposals from these organizations will not be further evaluated. Proposals from organizations that meet the minimum requirements will be evaluated based on the following criteria listed below.

3.5.2 Evaluation Criteria

The purpose of this RFP is to identify those organizations that have the interest, capability, and financial strength to supply the services identified in Section 4. EDC will evaluate proposals in accordance with this section and intends to award a contract to the responsible Offeror whose proposal represents the best value to EDC. “Best value” is defined as the offer that results in the most advantageous solution for EDC, in consideration of technical, cost, and other factors.

The submitted technical information will be scored by a technical evaluation committee using the technical criteria shown below.

Technical Evaluation Criteria:

Technical Criteria

Description

Maximum Points

Demonstrated Expertise and Capacity

  • Application provides a capacity statement and key personnel CVs (Curriculum Vitae) that collectively:
    • Demonstrates expertise in marketing and rigorous market analysis, including: experience in developing customer segmentation strategies; quantifying demand trends; projecting demand trends in newly emerging, nascent, or underdeveloped sectors; quantitative and qualitative research methods
    • Demonstrates understanding of the Rwandan TLM market/ book supply chain—particularly that for supplementary materials—and the actors along the system, including familiarity with how the sector operates in the districts targeted by the IKT program (team member(s) with direct experience working in the TLM market is a plus)
    • Amounts to at least 5 years of experience of relevant market research consultancy work, based in Rwanda
    • Demonstrates the ability to travel to and handle necessary logistics in targeted districts
    • Commands a fluency in and ability to translate materials into Kinyarwanda and English languages, as appropriate
    • Shows the delivery of satisfactory results for complex assessments of similar scope and size.
  • Clear articulation of the roles and responsibilities of the key personnel (including the designated team lead) and other team members
  • Team composition is structured in a way that meets the needs of the scope of work

50

Proposed Approach and Methodology

  • Application presents a clear and concrete research methodology for capturing all aspects of the scope of the assignment; the proposed approach and methodology are suitably aligned with the scope of the assignment and the research questions to be answered
  • Realistic, cost-effective approach to sample design
  • Realistic, cost-effective approach to data collection and analysis
  • Specific tools and approaches for data collection and analysis seem appropriate and reasonable, given the nature of the assignment
  • Reasonable approach to promoting collaboration with and generating feedback by the IKT team; clear plan for making iterative adjustments to the methodology based on IKT feedback
  • Consultant offers a realistic depiction of the risks that may be encountered, and a suitable way of addressing those challenges
  • Application presents an appropriate timeline for actions/ deliverables that are consistent with the scope of the assignment, team composition, and proposed methodology

50

Total

100

Cost proposals will be evaluated, but will not be assigned a rating. The evaluation of cost will include a determination of cost realism, completeness, and reasonableness. Cost realism is defined as the Offerors’ ability to project costs which are realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the Offeror’s technical capacity.

Technical and cost will be evaluated relative to each other, as described herein. Technical is significantly more important than cost.

3.6 Selection

This procurement utilizes the tradeoff process set forth in FAR 15.101-1. EDC is not obliged to award a contract on the basis of lowest proposed cost, or to the Offeror with the highest technical evaluation merit. Although for this procurement, Technical Proposal merits are considered significantly more important than cost/price relative to deciding who might best perform the work, cost factors must also be considered. Therefore, after the final evaluation of proposals, EDC intends to issue the contract to the Offeror whose proposal offers the best value to EDC considering both technical and cost factors. Further, EDC may award to a higher priced Offeror if a determination is made that the higher technical evaluation of that Offeror merits the additional cost/price.

EDC may award one or more contracts resulting from this RFP to the Offeror(s) whose proposal(s) conforming to this RFP offer(s) the best value. EDC may also (a) reject any or all proposals, (b) accept other than the lowest proposal, or (c) accept more than one proposal. Contracts may be issued for some or all of the deliverables.

EDC may award a contract without discussions with Offerors. As such, Offerors are strongly encouraged to submit their best proposals with their original submissions. EDC reserves the right to site visits and/or to conduct discussions, which may result in revisions to proposals, with one or more than one or all Offeror(s) if EDC determines, at its sole discretion, discussions to be necessary. Discussions may include oral presentations provided by the Offeror.

  1. Technical Specifications & Requirements

4.1 Statement of Work and Specifications

All of the requirements listed in Section 4.1 must be met.

4.1.1 Statement of Work

Background and Context

Education Development Center (EDC) seeks a consultant for market analysis services, which will inform the implementation of the 3-year, USAID-funded Ibitabo Kuri Twese Project (IKT). The goal of IKT is to strengthen the market system for children’s teaching and learning materials (TLM) throughout the country. The overarching vision is to encourage the growth of a home-grown Rwandan book publishing sector that increases the quantity, quality, affordability, and accessibility of TLM in schools, homes, and communities, contributing to improved reading outcomes.

For the purposes of the IKT project, the definition of teaching and learning materials (TLM) includes both physical and digital learning materials and are comprised primarily of: (a) textbooks, and (b) other supplementary materials such as storybooks, chapter books, decodable readers, leveled readers, supplementary readers, interactive e-learning materials, and other reading materials for use by children. Thus far, IKT is focusing on two major market channels for TLM in Rwanda:

#1: The school-based TLM market, i.e. primary schools receiving textbooks and other supplementary materials: this market channel is driven by public funding, and the value chain is largely controlled by the Rwanda Basic Education Board (REB) which is responsible for all school textbook production in Rwanda.

#2: The open market, which involves the private production and sales of all supplementary materials demanded by families, NGOs, churches, hospitals, and other private institutions. Consumers in the open market may also include donors that are investing in the production of privately produced supplemental materials, as well as select public learning institutions—community libraries, teacher training institutions, technical and vocational education and training institutions, and higher education institutions with a demand for supplementary materials (and therefore a potential growth opportunity for private publishers).

The focus of this assignment is on the open market, for which there is little data to date on its size, composition, and demand trends. Among the 54 private Rwandan publishers in Rwanda, roughly 26 possess experience in developing TLM. All 26 publishers maintain offices in Kigali, while 61.5% (16 publishers) are also located in Gasabo, 30.8% (8) in Kicukiro, and 7.7% (2) in Nyarugenge. These publishers compete against international and regional publishing companies. In 2019, 15 local publishers reported that their main clients were the government (Rwanda Education Board, Ministry of Sports and Culture) and international NGOs (Save the Children, USAID-Soma Umenye project, VSO, UNICEF, and World Vision).2 Today many report their main market continues to be donor-funded projects for supplementary materials production. A handful of these publishers/ bookseller’s report selling their products at bookfairs; few seem to have been able to generate income from rights-selling. While several publishers directly sell TLMs directly to consumers, TLMs are also sold through bookshops, stationery shops, central markets, and other retail outlets, as well as scores of “backpack booksellers” and possibly other undefined sales channels.

In this context, IKT seeks to better understand the demand trends and the growth potential of the open TLM market. One of IKT’s goals is to promote the growth of Rwandan private sector actors that operate within the open TLM market, and especially growth that leads to the availability of more quality materials that meet the needs of young readers. Given that the open market is nascent, the End-Market Analysis will identify the demand trends, customer behaviors and preferences, and the opportunities for growth for private actors. This information will be shared widely with publishers and booksellers and other actors across the TLM market. With access to reliable and in-depth market information about the demand in the open TLM market, IKT hopes to stimulate increased private investment to pursue these opportunities.

Objective

The consultant/firm will design and implement an End Market Analysis that will identify the demand trends, growth potential, and consumer segmentation for the production and sales of supplementary materials across Rwanda’s open book market in at least 5 select districts, with the possibility of increasing the number of districts. The target districts will be selected from among the following districts: Kirehe, Nyagatare, Rulindo, Burera, Karongi, Rutsiro, Rubavu, Ruhango, Huye, Nyarugenge. The End-Market Analysis will provide actionable insights for key stakeholders in the TLM open market such as publishers and booksellers, as well as the IKT team, the Ministry of Education (MINEDUC) and the Rwandan Basic Education Board (REB). With this data on consumer trends, publishers and booksellers will have information needed to expand into new markets and adjust their business strategies accordingly.

Scope

Deliverables: The End-Market Analysis will capture several elements of the TLM open market, namely:

  • Capture the demand trends for supplementary teaching and learning materials in the open market across the targeted districts. As a snapshot of the demand for TLM in the open market, the analysis will quantify the current spending/ sales patterns for supplementary materials over the past 3 years. Demand trends will be mapped/ disaggregated by geographic location and by major customer segment(s). It will describe: (a) PRODUCT: the demand preferences in terms of the general types of teaching and learning materials most in demand, the major producers/sources of those items (including Rwandan or imported materials), the content/specifications/ design of the products; (b) PLACE: the major channels (physical retailers, intermediaries, or otherwise) by which customers are accessing these products; (c): PRICE: the range of price points for the different product groupings (including a price comparison of Rwandan materials vs. international materials), and the value or benefits that customers perceive for different price points; (d) PROMOTION: the ways in which informational and motivational communication occur with customers and intermediaries, be it media-based advertising, incentives (e.g. with special deals, discounts, etc.), direct selling tactics, or other strategies.
  • Identify and describe the different current and potential end-market consumer segments for the open TLM market, and identify the attractive market segment(s) with higher potential for market growth. Considerations would include: demographics (age, gender, family status, income, education level, geographic location), psychographics (attitudes, interests, lifestyles), purchasing power, and purchasing preferences and behaviors (product preferences/ specifications, desired sales channels, factors influencing consumer choices and perceptions of TLM, reading habits, and reading needs and preferences). Different segments could include (but are not limited to): development partner/ donor-funded projects, community libraries, private schools, community-based organizations, as well as segments of individuals such as those from high-income households, families with learners with disabilities, families/parents/caregivers of primary learners living in urban vs rural locations, or other characteristics as appropriate. The consultant will be responsible for identifying and categorizing the different segments.
  • Make projections on the potential growth trajectory of the open TLM market over the next 3-5 years. These projections may be based on a scenario analysis of future demand among the high-growth market segments that offer the greatest potential for revenue growth in the TLM open market. It will articulate the assumptions for growth, including the state of the economy, public funding trends, donor investments, and other factors, and a realistic projection of demand by the major customer segments. It will also present growth barriers and key issues that should be addressed to unlock the potential demand.
  • Identify and describe the viable sales channels (current and projected) for reaching those markets, including brick and mortar shops, stationery shops, pop-up shops, community central markets, supermarkets, intermediary buyers, backpack booksellers, online platforms, or other channels.
  • Based on current and future demand trends, propose a set of actionable recommendations that publishers, booksellers, and other stakeholders can take to take advantage of growth opportunities in the TLM open market, including: the target geographic areas, proposed customer segment(s), and types of supplementary materials/ products that offer the greatest potential for growth over the next 5 years. This will also include a proposed set of partnerships that IKT should develop to advance growth in the open market.

Methodology: 

The End-Market Analysis will be completed in at least 5 districts of Rwanda (at least 1 district per province), which will be selected, in consultation with the IKT team, among the following districts: Kirehe, Nyagatare, Rulindo, Burera, Karongi, Rutsiro, Rubavu, Ruhango, Huye, Nyarugenge. The consultant will recommend the approach for selecting the target districts, in consultation with the IKT team, and will finalize this approach as part of its workplan.

The consultant will implement a realistic, cost-effective mixed methods approach to data collection, which could include (but not necessarily limited to) the use of any of the following methods: desk review and curation of secondary data (existing reports or databases), surveys, in-person or phone-based interviews, observational visits, focus group discussions, workshops, and/or other methods.

The IKT team expects the consultant to collect data (quantitative and/or qualitative) from approximately 30 publishers based in Kigali, as well as bookstores and other booksellers based in Kigali. Data will also be captured from institutions that serve primary-level learners and sell and/or purchase books and other TLM in the study’s selected districts, including: private schools, libraries, non-governmental organizations, and other institutions. In addition, the consultant will capture data from a representative sample of parents of primary-level learners in the target districts; the sampling methodology should be designed to ensure that within each target district, communities are selected and stratified to ensure representation of: urban , semi-urban , rural , and semi-rural communities. Within each of these communities, parent participants will come from at least one randomly selected public school and one randomly selected private school. The IKT team has made the following initial assumptions for data collection, but is open to receiving alternative ideas from the consultant about data collection:

  • Rapid desk review of relevant data on the open book market, including a synthesis of the amount of donor funding channeled over the past 3-5 years toward the development/ purchase of supplementary learning materials on the private open market (not including school textbooks);
  • 2 focus group discussions and/or survey with approximately 30 publishers in total based in Kigali
  • 1-2 focus group discussions and/or survey with bookshops based in Kigali
  • In each of the target districts, 4-5 focus group discussions and/or survey and/or key informant interviews with institutions that serve primary learners and purchase books on their behalf (private schools, NGOs, libraries, etc.), as well as booksellers or other sales channels.
  • Survey with a representative sample of parents/ caregivers of primary level learners in private and pubilc schools across each of the stratified communities.
  • As needed, focus group discussions and/or follow-up phone interviews with parent respondents to gather additional details on customer segmentation.

The consultant will determine the method for analysis for quantifying demand trends, determining customer segments, for making demand growth projections, and identifying viable sales channels. These methods will be proposed to and discussed with the IKT team prior to conducting data collection.

4.1.2 Deliverables

The consultancy is for a period of approximately 4 months, beginning at the end of July 2024.

Required Deliverables

Due Dates

1. Draft Research Plan and Workplan

Offeror to propose due date

2. Detailed, Finalized Research Plan and Workplan

 Offeror to propose due date

3. Midway Report-Out to IKT Team

 Offeror to propose due date

4. Draft End-Market Analysis Report

 Offeror to propose due date

5. Final End Market Analysis Report

 Offeror to propose due date

6. Powerpoint Presentation

 Offeror to propose due date

4.1.3 Warranty

All Offerors must provide a document with proposed or applicable warranty for each of the deliverable in order for their proposal to be reviewed. In addition to any other express or implied warranties, Offerors must expressly warrant that:

  • all deliverables delivered under any contract resulting from this RFP will be merchantable, new, suitable for the uses intended, of the grade and quality specified, free from all defects in design, material and workmanship, conform to all samples, drawings, descriptions and specifications furnished, and be free of liens and encumbrances and that the use, distribution or resale of deliverables by EDC will not infringe any third party’s patent, trademark, trade secret, copyright, or any other proprietary, intellectual property or other right held by any third party.
  • none of deliverables delivered under any contract resulting from this RFP will be counterfeit.

The warranties set forth shall not be waived by reason of the acceptance of deliverables or payment therefore by EDC.

4.1.4 Other specifications

Offerors may not provide any commodities which were manufactured or produced in or shipped from countries sanctioned by the US government. Proposals that include commodities produced in or shipped from countries sanctioned by the US government shall not be considered.

4.2 Travel and Shipment

4.2.1 Travel

If the selected Offeror will need to travel in order to complete the deliverables to Education Development Center, Inc. (EDC), air travel must be in compliance with USAID and U.S. Government regulations which require travel in compliance with the Fly America Act. All Offerors must provide a table of proposed travel in order for their proposal to be considered. If the selected Offeror will not need to travel, please state this in the proposal.

4.2.2 Shipment

If the selected Offeror will need to air- or ocean-ship materials to Education Development Center, Inc. (EDC) in order to fulfill the deliverables, air or ocean shipping must be in compliance with USAID and U.S. Government regulations which require shipment via US flag carrier. If a US flag carrier is not available for all or some of the shipment, Offeror must provide specific information why a US flag carrier is not available for the specified sections of the shipping, what percentage is proposed to be shipped by US carrier and what percentage is proposed to be shipped by foreign carrier.

  1. Proposal Requirements

Proposals must be submitted in English

5.1. Technical Proposal Requirements

All proposals in response to this RFP must include the following:

Consultants are invited to submit applications using the following outline structure and instructions. Applicants are encouraged to use the evaluation criteria to inform their responses.

Demonstrated Expertise and Capacity (5 pages maximum)

Provide a brief capacity statement that highlights similar market research and end-market analysis assignments, using the evaluation criteria as a guide. Include a brief description of each relevant assignment, including the size of the assignment (in terms of the number of team members and the value of the assignment in USD or Rwandan francs) as well as information on the specific deliverable, product, or result of the assignment. Company brochures in electronic format or website URLs may be provided as an attachment.

Explain the composition of the team that will be responsible for completing the assignment, including:

  • Key Personnel: List and describe the key personnel (up to 3 key personnel maximum), their qualifications that meet the requirements stipulated in the evaluation criteria, and the estimated level of effort (in number of person days) that they will contribute to the assignment. Clearly explain each person’s role and set of responsibilities. Indicate which key personnel will be the designated team lead for the assignment. For each key personnel listed, provide a copy of their curriculum vitae (CV) as an attachment.
  • Other Team Members: For any additional team members, briefly summarize their designated roles and responsibilities. If specific persons are designated to each role, provide their name, and highlight each person’s expertise as it relates to the merit criteria.

Overall Approach and Research Methodology (10 pages maximum)

Propose a research methodology for the End-Market Analysis, to include:

  • Research design: Explain the methodology proposed for the End Market analysis, including methods to be used such as surveys, focus group discussions, key informant interviews, desk research,
  • Sample Design: Explain the design and rationale/ process for selecting a representative sample of respondents/ informants in at least 5 target districts, including a proposed sample such as the number of sectors targeted for each district, number of informants, number of illustrative key informants, number of focus group discussions, etc. The design should include method of outreach for selecting and targeting the sampled informants. Present questions the consultant will need to answer during the assignment to determine an appropriate sample.
  • Approach to data collection: Present a realistic, cost-effective mixed methods approach to data collection, which could include (but not necessarily limited to) the use of any of the following methods: desk review and curation of secondary data (existing reports or databases), surveys, in-person or phone-based interviews, observational visits, focus group discussions, workshops, and/or other methods. Describe the data collection instruments to be used and how they will be developed for/ adapted to this assignment. Describe the electronic data collection software that will be used for data collection. Describe the methods for ensuring the accuracy, reliability, and validity of data collected and analysis conducted. Explain how the data collection process will adhere to USAID best practices and ethical standards in research and analysis.
  • Approach to analysis: Describe the approaches and/or tools that will be used in the analysis process for quantifying historical demand, identifying customer segments, and projecting future demand. Analytic tools and approaches could include (but not be limited to) the use of software analytics, AI tools, geospatial mapping tools, statistical modeling tools, cluster analysis, scenario analyses, stakeholder validation workshops, and/or other methods. Describe the methods for ensuring the accuracy, reliability, and validity of data collected and analysis conducted.

Describe the methods by which the consultant will ensure ongoing collaboration and feedback by the IKT team. Clearly articulate the points at which the consultant will enable the reasonable iteration/ adaptation of tools, approaches, and deliverables, based on the feedback of the IKT team. Explain any challenges or risks that the consultant may encounter, and how the consultant will respond to those challenges.

Timeline: present a timeline (in GANTT chart format) that highlights the key actions taking place during the research and analysis process and when they will occur, including the submission of interim and final deliverables to the IKT team.

5.2 Price Proposal Requirements

All Offerors must submit a cost breakdown for completing the work described in this RFP. In response to this RFP, EDC anticipates issuing a fixed price deliverable based contract. If the Offeror is a US entity, the price proposal must be in US dollars. If the Offeror is a non-US entity, the price proposal must be in Rwandan Francs. All Offerors must provide a price guarantee that the proposal price remains valid for 90 days.

5.2.1 Total Price Summary

Offerors must provide a price summary as displayed below, as well as a narrative describing how the price was calculated. The price summary must be submitted in Microsoft Excel format and show all formulas.

The price summary, detailed budget, and all discussion of costs, including the budget notes, must be organized consistent with the cost categories specified below. If there is no proposed cost in a particular category, include 0 for that category.

Price Summary

Dollar Amount

Direct Labor

Salary and Wages

Fringe Benefits

Consultants

Other Direct Costs

Travel, Transportation, Per Diem and Miscellaneous Travel Costs (Visas, inoculations, etc.)

 Allowances

 Equipment and supplies

 Subcontracts

 Training Costs

 Any Other Direct Cost

Indirect Costs

Total Cost (Direct Labor Plus Other Direct Costs Plus Indirect Costs)

Fee/Profit

Total Price (Total Cost Plus Fee/Profit)

Deliverable No.

Description

Dollar Amount

1

Draft Research Plan and Workplan:

  • Articulation of the priority market research questions to be answered by the end-market analysis. The market research questions will be derived from consultations with the IKT team and any relevant stakeholders
  • Defining the geographic area of market research, including specific sectors in the 10 USAID-IKT districts of implementation
  • Proposed methodology for answering the market research questions, including specific tools and processes to be used for data collection and analysis. The IKT team expects the consultant/firm to work closely with IKT staff throughout the process
  • Draft list of key stakeholders that will be engaged in the market research, and method for identification, outreach to, and engagement of those stakeholders
  • Timeline for implementation and deliverables.

2

Detailed, Finalized Research Plan and Workplan:

this revised version will be based on the feedback of the IKT team review). The consultant/firm will prepare a a presentation to the IKT team, including:

  • Finalized set of research questions
  • Detailed & finalized methodology, including a copy of relevant data collection instruments (interview protocols, focus group protocols, survey forms) to be used during the research
  • Final list of key stakeholders and methods for outreach and engagement.
  • Timeline (GANTT chart) for implementation and deliverables
  • Outline of the End-Market Analysis report

3

Finalized Data Collection Instruments

  • Instruments to be used to conduct the end-market analysis (e.g., interview protocols, focus group protocols, survey forms, other). Instrument development process should account for feedback rounds with the IKT team. The IKT team will review, provide feedback, and approve instruments prior to data collection.

4

Midway Report-Out to IKT Team:

  • presentation of emerging findings, remaining questions, and challenges

5

Draft End-Market Analysis Report:

  • Demand trends in TLM open market (including analysis of “Product”, “Place”, “Price”, “Promotion”)
  • Customer segmentation analysis (“People”)
  • Future demand projections/ scenario analysis for the TLM supplementary materials
  • List & description of current and projected retail channels, based on the growth scenarios
  • Recommendations to IKT team

6

Final End Market Analysis Report:

  • with revisions based on the feedback of the IKT team and any relevant stakeholders identified for the review of the report

7

Powerpoint Presentation:

  • summarizes the report, and by which the IKT team can modify it and use it in workshops with publishers, printers, and other stakeholders

5.2.2 Detailed Budget & Budget Narrative

The detailed budget must be submitted in Microsoft Excel format and show:

  • Each cost within a budget category (e.g., within the direct labor category, there must be a separate line in the budget for each staff position; within the equipment category, there must be a line for each type of equipment, etc.);
  • For each line item, the estimated cost per unit, the unit type (e.g. per month, per trip, per person, etc.), the number of units, and the total cost (i.e. the estimated cost per unit multiplied by the number of units); and
  • All costs for each deliverable including any and all costs from the categories listed below which are necessary to complete the deliverable;

The budget narrative must include information about how the amounts for each estimated cost were determined.

The following definitions of types of costs should be utilized in preparing the cost proposal.

Salary and Wages: Direct salary and wages should be proposed in accordance with the Offeror’s personnel policies. For example, costs of long-term and short-term personnel should be broken down by person years, months, days or hours.

Fringe Benefits: If fringe benefits are provided for as part of an organization’s indirect cost rate structure, a copy of the organization’s Negotiated Indirect Cost Rate Agreement must be included in the cost proposal. If fringe benefits rates are not included in the organization’s Negotiated Indirect Cost Rate Agreement, a detailed cost breakdown by benefits types must be provided.

Consultants: This category is for services rendered by persons who are members of a particular profession or possess a special skill and who are not officers or employees of the Offeror. Costs of consultants should be broken down by person years, months, days or hours.

Travel, Transportation, and Per Diem: This category is for costs for transportation, lodging, meals and incidental expenses. Costs must be broken down by the number of trips, domestic and international, cost per trip, per diem and other related travel costs.

Equipment and Supplies: This category is for supplies and equipment. Costs must be broken down by types and units.

Subcontracts: For any proposed subcontract, the Offeror must submit:

  • A budget and budget narrative for the proposed subcontract must and the budget must be formatted in accordance with the budget categories in this section;
  • An Organizational Information and Certification Form, which is included as Annex A to this RFP, completed by the proposed subcontractor;
  • A document explaining the work which is proposed to be completed by the proposed subcontractor, how the Offeror will oversee and monitor the proposed subcontractor’s work, and the reason why the proposed subcontract is necessary for the efficient achievement of the deliverables.

Allowances: Allowances should be broken down by specific type and by person, and should be in accordance with Offeror’s policies and US Government regulations.

Training: For all types of training, costs should be broken down by types of training, participants and types of costs (e.g. transportation, materials, facilities, etc.).

Other Direct Costs: Costs must be broken down by types and units.

Indirect Costs: If the Offeror has a Negotiated Indirect Cost Rate Agreement, indirect costs must be proposed in accordance with the Offeror’s Negotiated Indirect Cost Rate Agreement and a copy of the Negotiated Indirect Cost Rate Agreement must be included in the cost proposal. If indirect costs rates have not been previously established with the US Government, a breakdown of bases, pools, method of determining the rates and description of costs, and two years of financial statement, preferably audited by an independent auditor must be submitted.

Fee/Profit: The proposed fee/profit must be supported with rationale based on associated risk factors based on associated risk factors based on associated risk factors based on associated risk factors based on associated risk factors based on associated risk factors.

  1. Contract Type and Payment

One or more fixed price deliverable based contracts may be awarded in response to this RFP.

The payment schedule for any resultant contract is anticipated to be as follows:

Payments will be made within thirty (30) days of approval of each invoice. EDC will reserve the right to withhold full or partial payment if selected Offeror fails to submit required work, reports, or invoices when due or submits work or reports that are not satisfactory to EDC.

Deliverable

Payment Amount

Deliverable No.1, No. 2

20%

Deliverable No. 3, No. 4, No. 5

30%

Deliverable No. 6, No. 7

50%

EDC reserves the right, at its sole discretion, to revise the payment schedule before issuance of a contract. EDC further reserves the right to require the Offeror to provide a performance security or a bank guarantee.

  1. Organizational Information and Offeror Certification

In order for their proposal to be considered, the Offeror must complete and submit the Organizational Information and Certification Form, which is included as Annex A to this RFP, and submit all the attachments required by the form.

 

Attachment